|
COMMERCE BUSINESS DAILY ISSUE OF JULY 8,1996 PSA#1631Department of Energy, Rocky Flats Environmental Technology Site, P. O.
Box 928, Golden, CO 80402-0928 B -- OFF SITE LABORATORY ANALYTICAL SERVICES (LAS) SOL KH602592EP3 DUE
072596 POC Contact Point, D. P. Timbes, Kaiser-Hill Company, L.L.C.,
FAX (303) 966-8350 or 8322 Kaiser-Hill Company, L.L.C. (Contractor), is
the Integrating Management Contractor at the Department of Energy's
(DOE) Rocky Flats Environmental Technology Site (Site) near Denver,
Colorado and Bechtel Nevada Corporation (Contractor) is the Management
& Operating Contractor at DOE's Nevada Test Site. Contractors
contemplate multiple performance-based Subcontract awards utilizing
fixed unit rates to be awarded on the basis of fair and effective
competition for Analytical Services at DOE's Rocky Flats Environmental
Technology Site and Nevada Test Site herein referred to as
''Site(s)''. The contemplated performance period of the Subcontract(s)
will be a three year base period and two one year options. Contractors
respective anticipated analytical services will be combined in a single
request for Proposal (RFP) as described herein. Subsequently, as
determined by Contractors, appropriate subcontracts will be awarded for
each Site. Once awarded, all subcontract administration, control and
accountability will reside with the Site awarding the subcontract. The
Scope of Work is organized by analytical catagory in modules. The
analytical catagories are 1.) Radiochemistry, 2.) Standard Services,
3.) Geotechnical and Geosynthetics, 4.) Bioassay, 5.) Industrial
Hygiene, and 6.) Safe Drinking Water. Each catagory will contain
specific Statement of Work (SOW) modules based on analyte, and/or
method and will be applicable to rad and non-rad contaminated
materials. The modules currently anticipated for each of the six
analytical catagories are as follows: 1.) RADIOCHEMISTRY - a. Isotopic,
b. Tritium, c. High Resolution Gamma, d. Gross Alph/Beta, e.
Radiometric Sr. and Cs and f. Radium 226; 2.) STANDARD SERVICES - a.
Volatile Organics, b. Semi-Volatile Organics, c. Pesticide and PCBs, d.
Dioxin and Furans, e. Inorganic Metals, f. Water Quality and Nutrient
Parameters and g. Biological and Taxonomic Parameters; 3.) GEOTECHNICAL
AND GEOSYNTHETICS - a. Physical Parameters Testing (Direct Shear,
Triaxial Shear, Atterberg Limits, and Bulk Density); 4.) BIOASSAY
SERVICES - a. Radiochemical Urine, Fecal, Nasal, and Tissue Analysis;
5.) INDUSTRIAL HYGIENE - a. Metals - (ICP and AA), b. Organic-Acids -
(GC/MS, GC/FID, GC/TCD, GC/ECD, HPLC, Colorimetric Analysis,
Gravimetric Analysis, and Ion Chromatography), c. Asbestos, d. Silica
- (X-Ray Defraction, and Infrared), and e. Breathing Air; and 6.) SAFE
DRINKING WATER. Modules that have been designated as SB/SDB set-asides
under SIC code 8734 are Water Quality and Nutrient Parameters, under
STANDARD SERVICES, Metals, and Organic-Acids under INDUSTRIAL HYGIENE,
and SAFE DRINKING WATER. The module titles within each catagory may
increase based on the needs and demands of the Site(s). Samples consist
of groundwater, surface water, soils, subsurface soils, sludges,
sediments, granular activated carbon, fabrics, plastics, resins,
residues, filtrates, retainates, filters, filtration materials,
non-aqueous solutions, air, gases, biota, animal tissues, plant
tissues, acquatic tissues, whole mammals, whole insects, whole fish and
other acquatic life, polycarbonate filters, waste filter socks,
asphalt, concrete and other solids, mixed matrices and combinations
thereof. Specific SOW modules identified above may not be available at
the time of RFP issuance and therefore, will not be inclluded in the
RFP. Contractor(s) may elect to specifically identify and incorporate
SOW modules not previously established for the analytical catagories
included in the aforementioned RFP (and/or incorporate additional
modules) and associated pricing, utilizing only the successful Offerors
responding to the initial RFP. THIS ACQUISITION IS A TWO STEP PROCESS.
The FIRST STEP will be determined on a go/no-go basis to establish
Offerors meeting the Pre-Qualification Criteria as specified below.
OFFERORS SUBMITTING RESPONSES TO THIS
PRE-SOLICITATION/PRE-QUALLIFICATION NOTICE SHALL PROVIDE A COVER LETTER
SIGNED BY AN AUTHORIZED COMPANY REPRESENTATIVE WHICH PROVIDES RESPONSES
AND CERTIFICATIONS TO PRE-QUALIFICATIONS CRITERIA AS FOLLOWS: 1.) a
list of modules for which the Offeror intends to propose identified as
''Module(s) of Interest'' and specifically identify: (a) analytical
catagory, (b) module name, and (c) the radiological contamination
status of anticipated samples, i.e. rad., non-rad., or both. Module
names shall be referenced using titles from the above listing. 2.)
LICENSE - CERTIFY that Offerors identifying rad analyses as an area of
interest possess a current radioactive license. 3.) HEALTH & SAFETY -
CERTIFY that Offeror maintains a documented Health & Safety Program
which addresses the elements of 29 CFR 1910.1200 and 1910.1450. 4.)
OCCURRENCE NOTIFICATION - CERTIFY that Offeror maintains a documented
occurrence notification system which addresses the elements of 29 CFR
1910.1200, 1910.1450 and the radioactive material license requirements.
5.) OCCUPATIONAL INJURY - CERTIFY Offeror's occupational injury and
illness reporting program meets the requirements of 29 CFR 1904. 6.)
PERFORMANCE EVALUATION - CERTIFY that Offeror has participated in at
least one nationally accepted or commercially operated performance
evaluation program (identify program, i.e., DOE-EML, EPA EMSL-LV) and
have passed the previous two consecutive sample submissions for each
analytical area of interest. 7.) QUALITY ASSURANCE - CERTIFY Offeror
has a documented and implemented Quality Assurance Program in
accordance with the requirements of 10 CFR 830.120, DOE Order 5700.6c,
ANSI/ASQC E4-1994, ASME NQA-1, ISO 9000 and Good Laboratory Practices
40 CFR Part 792. 8.) PROCEDURES - CERTIFY Offeror's documented
procedures for analytical operations are in accordance with the
requirements of 49 CFR 792.81. 9.) WASTE COLLECTION - CERTIFY that
Offeror possesses a documented waste collection program and the
capability to dispose of laboratory residues and unused samples
(hazardous, radioactive, and/or mixed, as applicable) in accordance
with Local, State and Federal requirements. 10.) HAZMAT - CERTIFY
Offeror has within its employ a ''Hazmat'' employee in accordance with
the requirements of 49 CFR Part 172. 11.) FUME HOODS - CERTIFY that
operable fume hoods are tested in accordance with the requirements of
ANSI/AIHA Z9.5-1992 (Laboratory Fume Hood section) and ANSI/ASHRAE
110-1985. 12.) SECURITY - CERTIFY that Offeror possesses a documented
and implemented procedure which appropriately define its facility
security to validate sample integrity. 13.) CERTIFICATIONS - CERTIFY
that Offeror possesses appropriate certifications for SOW module(s)
identified as area of interest (i.E. AIHA, Colorado and/or Nevada Safe
Drinking Water etc.). 14.) ELECTRONIC DATA TRANSFER - CERTIFY that
Offeror possesses ability to generate and transfer analytical data
electronically. AS SOLELY DETERMINED BY CONTRACTORS, THE OMISSION OR
FAILURE TO CORRECTLY AND SATISFACTORILY RESPOND OR CERTIFY TO ANY
PRE-QUALIFICATION CRITERION AS REQUIRED ABOVE MAY RESULT IN THE
OFFERORS ELIMINATION FROM FURTHUR CONSIDERATION. No other information,
except as specified herein (i.e. cover letter addressing
pre-qualification responses/certifications) shall be included in
Offerors pre-qualification submission. The SECOND STEP will be a RFP
issued only to Offerors meeting the pre-qualification criteria
identified herein. Specific SOW modules for the RFP will be limited to
those that are available at the time of RFP issuance and to those
identified by Offeror as a Module of Interest within Offeror's
Pre-Qualification submittal. The RFP will include Module SOWs and
request fixed fully burdened unit rates (including fee/profit) for
specific laboratory analytical services including, but not limited to,
hard copy and electronic deliverables, shipping cooler return, waste
disposal (rad and non-rad), all Quality Control (QC), method blanks,
spikes, and duplicates, etc. The RFP will include a request for pricing
on ''expedited'' laboratory analytical services and a request for fixed
unit labor rates to compensate for development of other Contractor
identified analyses within the awarded module(s) SOW. No other costs
will be authorized or compensated by Contractor. Offeror's cost
proposal will be applied to a Cost Proxy Model to develop aggregate
pricing for evaluation purposes. OFFERORS MUST PROPOSE ON ALL RFP
ANALYSES WITHIN INDIVIDUAL MODULE TO BE CONSIDERED FOR AN AWARD. The
overall evaluation criteria will be described by the RFP documents. A
Pre-award Audit may be conducted to verify Offeror's Proposal as it
related to the specific RFP requirements. NOTE: No lower-tier
subcontracting will be allowed. However, joint ventures, limited
liability companies, or other SINGLE level entities as ''Offeror'' will
be considered by Contractors. All work shall be performed within
Offeror's organization. Contractor may, or may not award a subcontract
on the basis of the RFP. Contractor will not pay proposal preparation
costs amd makes no warranty as to the total amount of services to be
required and reserves the right to require no services during the
subcontract period. Contractor is under no obligation to acquire
analytical services solely from a holder of a subcontract resulting
from the solicitation. Work contemplated by this acquisition may be
awarded in full or in part to other subcontractors. Telephone calls
will not be accepted. Any questions shall be in writing to D. P. Timbes
at the FAX numbers listed above by close of business July 15, 1996. For
a copy of all questions/responses, send your written request, including
FAX number, to D. P. Timbes, by July 17, 1996. Offeror's
Pre-qualification Submittals are due by 4:00 p.m. local Denver time on
July 25, 1996. No further project specific information will be
furnished. (0185) Loren Data Corp. http://www.ld.com (SYN# 0012 19960705\B-0001.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|